F-16 MMC Mounting Base, Electric, 8EA FMS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for the procurement of 8 Electric Mounting Bases for the F-16 Modular Mission Computer (MMC), intended for Foreign Military Sales (FMS) to Bulgaria and Taiwan. This is a Firm-Fixed Price (FFP) Single Award opportunity under full and open competition. Proposals are due by February 2, 2026, at 3:00 PM MST.
Scope of Work
This solicitation seeks bids for 8 each of the Electric Mounting Base (NSN: 5975-01-388-0808 WF), which serves as a mounting tray for the F-16 MMC chassis and components, connecting to the aircraft's cooling air. Deliverables are required no later than December 31, 2028. The acquisition is a "DO" rated order for National Defense use.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP) Single Award.
- Set-Aside: Not Set-Aside (Full and Open Competition). Foreign participation is not allowed.
- Evaluation: Award will be made on an "All or None" basis. If only one offer is received, the offeror must agree to submit other than certified cost and pricing data. Offerors must also submit proof of financial capability.
- Proposal Due: February 2, 2026, at 3:00 PM MST.
- Anticipated Award: Within 60 days after solicitation closing.
Key Updates & Requirements
This solicitation has undergone several amendments:
- Quality Assurance: The required certification has been updated from AS9100 to ISO 9001:2015. Bidders must include a copy of this certification.
- Cybersecurity: CMMC Level II (Self) is required prior to award. Offerors must provide CMMC unique identifier(s) and comply with the Federal Acquisition Supply Chain Security Act Orders.
- Item Unique Identification (IUID): IUID marking is now required for all Contract Line Items (CLINs) per DFARS 252.211-7003.
- First Article Test Report (FATR): The USAF engineer may waive FATR requirements if the manufacturer has produced the NSN in the past three years. Proof must be submitted with the bid to request a waiver, allowing bidding on Bid B. New manufacturers must bid on Bid A and provide a test report.
- Deleted Part Numbers: Part numbers 81755 16VE584020-1, 81755 16VE584020-2, and 96214 3129302-1 have been removed from the requirement.
- Technical Data Package (TDP): Access to the export-controlled TDP requires an active DD Form 2345.
- Packaging: Adherence to MIL-STD 2073-1, MIL-STD 129, and ISPM 15 for wood packaging material is mandatory.
Submission Impact
Bidders must ensure their proposals reflect the updated quality certification, CMMC requirements, IUID marking, and the revised FATR process. The extended deadline provides additional time to prepare comprehensive bids.